Section one: Contracting authority
one.1) Name and addresses
Department of Finance, Construction Procurement Delivery
303 Airport Road West
BELFAST
BT3 9ED
Contact
construct.infofinance-ni.gov.uk
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Region code
UK - United Kingdom
National registration number
303tt
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps/home.do
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps/home.do
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps/home.do
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DoF - 4603804 - PSD Procurement Of Fire Safety Consultant
Reference number
4603804
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
This Competition Is For The Appointment Of Two Fire Risk Assessor Consultancy Appointments For The Provision Of Fire Risk Assessments For Dof Property Services Division - Fire Safety Section. The Consultancy Service Includes Undertaking Surveys And Preparation Of Fire Risk Assessment Reports.
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:
Refer to tender documents
two.2) Description
two.2.1) Title
Lot 1 - North
Lot No
1
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
UKN04- Lot 1, each lot valued at £150k
two.2.4) Description of the procurement
This Competition Is For The Appointment Of Two Fire Risk Assessor Consultancy Appointments For The Provision Of Fire Risk Assessments For Dof Property Services Division - Fire Safety Section. The Consultancy Service Includes Undertaking Surveys And Preparation Of Fire Risk Assessment Reports.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Lot 2 - South
Lot No
2
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
UKN05 - Lot 2 , each lot valued at £150k
two.2.4) Description of the procurement
This Competition Is For The Appointment Of Two Fire Risk Assessor Consultancy Appointments For The Provision Of Fire Risk Assessments For Dof Property Services Division - Fire Safety Section. The Consultancy Service Includes Undertaking Surveys And Preparation Of Fire Risk Assessment Reports.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £150,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
16
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Economic Operators’ performance on this Contract will be regularly monitored. As part of its contract . management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance . contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures. . https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and procedures. If an Economic Operator has received more than one current Notice of Written Warning or a Notice of . Unsatisfactory Performance, the Contracting Authority, at its discretion, can consider an Economic Operator’s . exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public . Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively A. list. of bodies subject to . Northern Ireland Public Procurement Policy can be viewed at https://www.finance-ni.gov.uk/articles/list-public bodies-which-ni-public-procurement-policy-applies
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Envisaged maximum number of participants to the framework agreement: One per Lot. In the case of framework agreements, provide justification for any duration exceeding 4 years: Not Applicable
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 16 May 2023
four.2.7) Conditions for opening of tenders
Date
16 January 2023
Local time
3:30pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by publication of this notice; (b) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process.Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities eprocurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do. All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal.
six.4) Procedures for review
six.4.1) Review body
Department of Finance, Central Procurement Directorate Procurement Operations Branch
Department of Finance, Central Procurement Directorate Procurement Operations Branch Clare House, 303 Airport Road West
Belfast
BT3 9ED
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Internet address
https://www.finance-ni.gov.uk/contact
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures: . This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who . have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in . accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the . point information on the award of the contract is communicated to tenderers. That notification will provide . information on the award decision. . The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to . challenge the award decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic . operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may . extend the time limit to 3 months, where the court considers that there is a good reason for doing so).